Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SPECIAL NOTICE

58 -- AN/SLQ-32 ELECTRONIC COUNTERMEASURE SHIPBOARD SYSTEM SUSTAINMENT - REQUEST FOR INFORMATION

Notice Date
5/18/2017
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNC04
 
Archive Date
7/15/2017
 
Point of Contact
Kelli (Suzanne) Kixmiller,
 
E-Mail Address
kelli.kixmiller@navy.mil
(kelli.kixmiller@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016417SNC04 - AN/SLQ-32 ELECTRONIC COUNTERMEASURE SHIPBOARD SYSTEM SUSTAINMENT - REQUEST FOR INFORMATION - FSC 5865 - NAICS 334511 Issue Date: 18 MAY 2017 - Closing Date: 30 JUNE 2017 - 16:00 EST (EDT) The Naval Surface Warfare Center, Crane (NSWC Crane), Crane, Indiana, is a field activity of Naval Sea Systems Command (NAVSEA). Within NSWC Crane, the Maritime Electronic Warfare Division manages the sustainment of the AN/SLQ-32 Electronic Countermeasure shipboard systems. SECTION 1: GENERAL NSWC CRANE is seeking industry comments on performance solutions for physical product support focused on measuring outcomes, not tasks. Performance Based Lifecycle (PBL) Product Support is the tenet of DoDD 5000.01 directive that should be considered in this solution. The Navy recognizes the requirement for the sustainment of approximately 150 U.S. Navy AN/SLQ-32(V) shipboard systems plus 30 Coast Guard and Foreign Military Service systems which have Diminishing Manufacturing Sources and Material Shortages (DMSMS) concerns, potential maintainability difficulties, training and usage issues, and Configuration Management (CM) concerns with engineering baseline management and Technical Data Packages (TDP). The solutions must improve the sustainment outcome performances; the solutions will not be stated as a level of effort. Information is being requested to support all AN/SLQ-32 variants. AN/SLQ-32(V)1 - (V)5 variants (hereto referenced as legacy) are currently being upgraded to (V)6 and (V)7 variants being designed, installed and supported under the Surface Electronic Warfare Improvement Program (SEWIP) upgrades. SECTION 2: PURPOSE Pursuant to FAR 52.215-3 Request for Information: The information requested through this Request For Information (RFI) will assist the Federal Government in identifying current proven technologies and approaches to sustain support for all shipboard AN/SLQ-32 Electronic Warfare Countermeasure Sets. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. This RFI does not commit the Federal Government to any supply or service. Although "proposal" and "offeror" may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (See FAR Part 19) in their capability statement. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor FedBizOpps for additional information pertaining to this requirement. Based on responses to this RFI, the Government may hold a targeted Industry Day in the future. SECTION 3: PREREQUISITE REQUIREMENTS The intent of this RFI is to gather market research from responders who have demonstrated experience in the following areas: -Performance Based product support - the full breadth of the integrated product support sustainment activities, not just supply support. -Enterprise Architecture (EA) Support - high level enterprise-wide planning as well as project specific activities, covering the full breadth of Federal EA functions. -Wired Network Support - support to ensure the security and reliability of the Enterprise Information Architecture's (EIA's) wired network. This includes maintenance of the physical network itself, along with recommendations for upgrades as needed; managing network bandwidth in accordance with Departmental specifications and to optimize EIA user needs and accessibility; providing mobile device management of Information Technology (IT) devices on the network; and providing network security to ensure protection of sensitive data and information. -Electronic Record Classification, Storage, and Management - comply with the requirements and responsibilities for creating and preserving electronic records and Records Management. -Cybersecurity - performed using Federal directives such as EIA's Program Cybersecurity Plan (PCSP), National Institute of Standards and Technology (NIST) guidelines, and Departmental policies to identify requirements necessary for ensuring the security of sensitive, unclassified information technology assets. SECTION 4 - RELEVANT BACKGROUND INFORMATION Legacy AN/SLQ-32(V) systems installed Navy surface ships are currently being upgraded to AN/SLQ-32(V)6 and (V)7 equipment planned over the next 15 years supported by multiple original equipment manufacturers. See Attachment 1 for a depiction of Notional Equipment Upgrade Schedule and OEMs. The goals of the Government's sustainment strategy for all variants of the AN/SLQ-32 systems as follows: -Manage the AN/SLQ-32 transition from legacy to (V)6 and (V)7 systems -Effectively phase out and dispose of legacy AN/SLQ-32 systems -Meet Operational Availability (Ao) requirements at the lowest possible Total Ownership Cost (TOC) -Proactively plan for and design Technology Insertion (TI) and Technology Refresh (TR) for these fielded systems -Achieve and sustain system Ao requirements in a performance based environment The Government has a notional plan to execute and manage sustainment support for each fielded system at a fixed price for 5 to 7 years. The fixed price would include all operating and support costs (including organic infrastructure) required to sustain the Operational Availability requirement across the optimized fleet response plan during the Period of Performance (PoP). Operational Availability is defined as uptime / uptime + down time. The Government plans to execute block upgrades for fielded AN/SLQ-32(V)6 and (V)7 systems every 8 years - the block upgrade timeline starts with a final system design. The contract type for Block upgrade design efforts is "to be determined." For planning purposes, Block upgrades will include both TR and TI. Assume the Government currently owns and will continue to own the Technical Data Rights for the equipment and future iterations of the systems. SECTION 5 - TECHNICAL QUESTIONS -What is the anticipated government/contractor relationship in this effort? What is the contractor's role, not infringing upon inherently governmental functions? -What is your vision for competitive award given a collaborative environment with multiple OEMs? -What does the contractor tier system and subcontractor support look like that enables and sustains performance? (Responses may include an organizational chart, the quantity of potential subcontractors, and/or the duties and areas of responsibility for subcontractors.) -How would you propose executing and managing this effort? -What would be your organization's recommended Contract Line Item Number (CLIN) structure and contract type? -How would your organization recommend structuring incentives and remedies/penalties around the Operational Availability requirement to benefit both the Government and the contractor? -How would your organization achieve and sustain system Ao requirements in a performance based environment? SECTION 6 - SUBMISSION OF RESPONSES Responses using a Microsoft Word for Office 2010 compatible format are due no later than 30 June 2017, 16:00 EST. Responses shall be limited to 30 single-sided pages submitted via e-mail only to NSWC Crane Contracting Officer Ms. Kelli (Suzanne) Kixmiller via email address at: kelli.kixmiller@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. In addition to the answers to the questions in Section 5, provide the following administrative information, at a minimum: Company name, mailing address, phone number, Cage Code, name and e-mail address of designated point of contact, business size status based upon anticipated North American Industry Classification System (NAICS) code, and facility security clearance level. NSWC Crane representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential plans or capabilities to meet the requirements, especially any continuous monitoring and management risks. Questions regarding this announcement shall be submitted in writing via e-mail to the Contracting Officer prior to the RFI's closing date/time. Verbal questions will not be accepted. Questions shall not contain proprietary or classified information. No technical data will be provided while this RFI is open. SECTION 7 - LOCATION NSWC, CRANE DIVISION 300 Highway 361 Crane, Indiana 47522
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC04/listing.html)
 
Record
SN04514265-W 20170520/170519000110-dab2725a738065fa1f0950d2f0d49683 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.